Valve Tenders

Valve Tenders

Indian Army Tender

Goods
Electrical Goods and Equipments...+1Electrical and Electronics
GEM
India
Description: CATEGORY: LED Inverator Batten 25 watt 5700 kA or 6000 kA aluminium incl 25 watt inbuilt li ion battery for 4 hours backup , LED Inverator Batten 30 watt 6300 kA 6500 kA aluminium incl 30 watt inbuilt li ion battery for 4 hours backup , Switch change over switch 4 pole 100 Amp , LED street light 90 watt inverter di mmable IR Sensor inbuilt Li ion battery for 1 point 5 hours backup , Led Inverter Street Light 60 Watt , Frame plate 6 Module , Frame plate with matching cover plate 18 Modular , Switch board boxes 6 Modular , GI Elbow 50 mm , GI Nipple medium grade 40 mm dia , Frame plate with matching cover plate 12 Modular , GI Tee 40 mm , Frame plate 8 Module , GI Nipple medium grade 50 mm dia x 150 mm , PVC Gang box 6 Amp , Ceilling rose , GI Nipple 40 x 100 mm , GI Elbow 40 mm , Thermostat switch for geyser , GI Socket 40 mm , Frame plate 3 Module , Frame plate with matching cover plate 2 Modular , GI Elbow 80 mm , GI Socket 80 mm , Plug Metal clad 20 Amp , GI Elbow 20 mm , Frame plate 4 Module , GI Elbow 25 mm , PVC Gang box 5 Amp , GI Nipple 40 x 50 mm long , Thimble copper of size 150 sqmm , Blanking plate , Bulb 100 watt for test lamp , Cement in 50 kg pack , Sand , GI Pipe 20 mm ISI Mark , Cover for PVC Water Storage Tank 1000 Ltrs , GI Pipe 15mm ISI Mark , PTMT Float Valves Size 15 mm with rod and ball , PVC Pipe Size 75 mm , PVC Pipe Size 50 mm , PVC Bend Size 75mm , Bracket SS , GI Nipple 20 x 150 mm , GI Nipple 20 x 100 mm , PVC Bend Size 100mm , GI Nipple 15 x 150 mm long , Glass Sheet Frosted 600 mm x 1200 mm x 3 point 8 mm , GI Nipple 15 x 100 mm long , GI Union 20 mm , GI Female Tee 20 x 20 x 15 mm , GI Nipple 20 x 50 mm long , GI Nipple 15 x 225 mm long , GI Nipple 15 x 50 mm long , 15mm dia Kitec union , White cement in 1 Kg Pack , GI Socket 20 mm , GI Reducing elbow 25 mm x 15 mm , Mortice lock ISI Marked for aluminium door , GI Tee Size 15 mm dia , GI Nipple 20 x 225 mm long , M Seal 90 gm pkt , Magnetic catcher , GI Elbow 20 mm x 20 mm , Washer for spindles , Black Nails 1 inch 2 inch 1 point 5 inch , Screw wood steel 20mm , Plywood commercial of size 8 feet x 4 feet x 12 mm thick , Sofa CushionSize 22 feet x 21 feet x 4 feet in 32 density , Plywood commercial BWR 8 feet x 4 feet x 4 mm , Plywood size 8 feet x 4 feet x 6 mm , GI Elbow 32mm 3 way ISI Mark , Plywood commercial BWR 7 feet x 4 feet x 9 mm , Plywood one teak face of size 8 feet x 4 feet x 6 mm thick , Paint brush 100 mm of superior quality , Paint synthetic enamelled OG 1st quality 04 ltr packing , Plywood size 8 feet x 4 feet x thickness 6 mm , Fevicol in 1 kg SR packing , Plywood commercial of size 8 feet x 4 feet x 3 mm thick , Malmal cloth best quality , Cane plastic 4 mm , Cane plastic 2 mm , Fevicol in 1 kg SH packing , Paint synthetic enemelled of first quality in 4ltr packing of black colour , Nails tack cut black pkt of 2 point 5 kgs , Thinner in 5 ltr packing , Nails of size 25 mm , Nails MS wire 60 mm , Peg hook for hat stand brass Medium weight , Copal varnish in 20 ltr packing , Emery paper No 60 , Emery paper No 80 , Screw wood steel 45 mm , Screw wood steel 40 mm , Pili Mitti , Lal Mitti , Emery paper No 119
Closing Date14 Feb 2025
Tender AmountRefer Documents 

Louisiana Water Company Tender

Civil And Construction...+1Pipe Line Project
United States
Details: The Louisiana Water Company Will Receive Separate Sealed Bids For The Carmichael-vfw Devel-lea, Contract No. 24-1551-22. The Work Includes The Installation Of Approximately 1,350 Feet Of 8" Pvc Waterlines, Valves, Hydrants And Appurtenances. The Louisiana Water Company Will Receive Bids Until 2:00 Pm Local Time, On Tuesday, January 7, 2025 At Louisiana Water Company, Post Office Box 66396, Baton Rouge, La 70896-6396 Or Physical Address, 8755 Goodwood Boulevard, Baton Rouge, La 70806. Bids Received After This Time Will Not Be Accepted. Bids Will Be Opened Privately After The Specified Closing Time. The Outside Of The Bid Envelope Shall Be Marked With The Project Title, Name And Address Of The Bidder And Current Contractor’s License Number. Bidding Documents May Be Examined At The Following Locations: Louisiana Water Company, 407 S. Ave G., Crowley, La 70526 Louisiana Water Company, 8755 Goodwood Blvd. Baton Rouge, La 70806 Owen And White, Inc., 8755 Goodwood Blvd., Baton Rouge, La 70806 Complete Bid Documents, Including Addenda, If Any, May Be Obtained In Electronic Form From: Centralauctionhouse.com. Printed Copies Are Not Available From The Designer Or Owner But Arrangements Can Be Made To Obtain Them Through Most Reprographic Firms At The Plan Holders Costs. Questions About This Procedure Shall Be Directed To The Engineer At: Owen & White, Inc.; Kate Guevara, P.e.; Email: Kguevara@owenandwhite.com; Telephone: 225-231-0322. Note: The Bidder Of This Project, I.e., General Contractor, Shall Be Registered As A Prime Bidder On This Project With The Issuing Office (central Auction House) To Submit A Bid. Those Bidders Who Are Not Registered As A Prime Bidder And Those Without A Valid Louisiana Contractor’s License May Not Have Their Bids Accepted At The Bid Opening. Bid Security In The Amount Of Five Percent (5%) Of The Bid Must Accompany Each Bid In Accordance With The Instruction To Bidders. No Bidder May Withdraw His Bid Within 60 Days After The Actual Date Of The Opening Thereof.
Closing Date7 Jan 2025
Tender AmountRefer Documents 

Municipality Of Lebak, Sultan Kudarat Tender

Machinery and Tools...+1Automobiles and Auto Parts
Philippines
Details: Description 1 2 Units Pickup Truck Transmission Category: Manual Engine Size: 2.4l Displacement: Atleast 2,442cc Nymber Of Cyliders: 4 Number Of Valves: 16 Transmission Type: 6 Speed Manual Transmission Drivetrain: Four-wheel Drive Max Output(ph):atleast 180hp@3,500rpm Max Torque(nm):atleast 430nm@2,250rpm Fuel Type: Diesel Emissions Standard: Euro 4 Combined Fuel Consumption: 12.8km/l Length: Atleast 5,320mm Width: Atleast 1,865mm Height: Atleast 1,795mm Wheelbase: Atleast 3,130mm Deck Length:atleast 1,555mm Deck Width:atleast 1,545mm Deck Height:atleast 525mm Payload Capacity: Atleast 1,090kg Turning Circle: Atleast 12m Graound Clearance: Atleast 222mm With The Following Additional Features: Driver's Airbag Front Passenger's Airbag Knee Airbag Electronic Brake Distribution Anti-lock Brake System(abs) W/electronic Brakeforce Distribution Brake Assist Immobilizer Stability Control Electronic Door Locks Isofix Cruise Control Wheel Size: Atleast 18in Wheel Metal Type: Alloy Airconditioning System:single Zone Automatic Climate Control Enterainment System:8-inch Touchscreen Display Connectivity: Am/fmradio + Bluetooth Whands-free Technology +usb+apple Carplay +android Auto Warranty: 3years(100,000km) Keyless Entry Power Steering Power Windows Power Outlet Steering Wheel Audio Control Hill Start Assist Awd Modes : Easy Select 4wd Spare Tire : (brand New) - 8 Gsis Insurance Lto Registration Early Warning Divices Basic Tools Color: Blade Silver Metalic Fob: Lgu Lebak Delivery Days Not More Than 12 Days Mode Of Payment: Cash On Delivery Nothing Follows
Closing Date6 Feb 2025
Tender AmountPHP 4 Million (USD 68.4 K)

City Of Mati Tender

Automobiles and Auto Parts
Philippines
Details: Description Itb No. 2025 – 01 January 7, 2025 Republic Of The Philippines Province Of Davao Oriental City Of Mati Invitation To Bid Procurement Of Four (4) Units Brand New Motor Vehicle Name Of Project 1. The City Government Of Mati, Through The Loan Proceeds – Land Bank Of The Philippines Intends To Apply The Sum Of Seven Million One Hundred Ninety One Thousand Three Hundred Pesos (php7,191,300.00) Being The Abc To Payments Under The Contract For Procurement Of Four (4) Units Brand New Motor Vehicle. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The City Government Of Mati Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required By Ninety (90) Days After The Receipt Of Purchase Order. Bidders Should Have Completed, Within Five (5) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). Quantity Unit Of Issue Item Description 3 Units Brand New Motor Vehicle 2.4l 4x2 At Pick-up Type Specs: Engine Type: 2.4l Diesel, 4-cylinder, 16-valve Dohc Variable Nozzle. Turbo With Front Mounted Intercooler. Displacement: 2,393 Max. Output: 150 Ps/ 3400 Rpm Max. Torque: 400 Nm/ 1,600-2,000 Rpm. Fuel System: Direct Injection Common Rail Type. Emission Standard: Euro 4 Overall Length X Width X Height: 5,365 X 1,855 X 1,815mm. Tread: 1,535 (front) X 1,550 (rear) Fuel Tank Capacity: 80l Seating Capacity: 5 Transmission And Chassis: 6-speed Automatic. Suspension: Double Wishbone (front)/ Rigid Axle, Leaf Spring. Brakes: Ventilated Discs (front)/ Leading Trailing Drums (rear). Steering System: Power Steering + Variable Flow Control. Tire/wheels: 265/65 R17 Alloy Seat Material: Fabric Multi-information Display: 4.2” Tft” Inside Rearview Mirror: Day And Night Audio System: 8” Display Audio Touch Screen/ Tuner/ Steering Wheel Audio Control/ Mp3, Bluetooth, Usb, Android Auto, Smart Device Link, 6 Speakers. Keyless Entry: Smart Entry Ignition System: Push Start System Navigation: Sdl Abs (anti-braking System): With + Brake Assist + Ebd. Vsc (vehicle Control System): With Hac (hill-start Assist Control): With Camera: Reverse Camera Clearance And Back Sonar: Front 2/ Rear: 4. Srs Airbag: Driver Knee And Front Passenger. Seatbelt: Front Seat – 3 Pt. Elr (2pcs.) Pretensioner Force Limiter Rear – 3 Point Elr X 3 Inclusive:  3 Years Lto Registration  Gsis Insurance 1 Unit Brand New Motor Vehicle 2.8l 4x2 At Multi-purpose Vehicle Type Specifications: Engine Type: 4-cylinder, In-line 16 Valve, Double Overhead Camshaft (variable Nozzle Turbo Charger W/ Intercooler). Displacement: 2,755 Cc Max. Output: 174 Ps/ 3400 Rpm Max. Torque: 360 Nm/ 1200-3400 Rpm. Transmission: 6-speed At Overall Length X Width X Height: 4375 X 1830 X 1795. Fuel Tank Capacity: 80l Seating Capacity: 8 Suspension Front: Independent, Double Wishbone With Coil Spring/. Rear: 4-link With Coil Spring Brakes: Front: Ventilated Discs/rear: Leading-trailing Drums. Tires/wheels: 205/65 R16 Alloy Seat Material: Fabric (noble Brown) Multi-information Display: 4.2” Tft” Economy Meter: Eco Lamp + Zone Display Steering Wheel: Leather+ Wood Seat Type And Adjustment: Rear#1: 60/40 Split, Recline And 1-touch Tumble Rear#2: One Touch Easy Space Up Assist Grip: Fr: 1 Rr:4 Keyless Entry: With Ignition System: Rotary Type Drive Mode Select: Eco + Power Power Features: D: Auto Up/down + Jam Protect Air Conditioning: Front And Rear: Manual Control Light Control System: Standard Audio System” 7” Display Audio, Apply Carplay + Android Studio + Smart Device Link Am/fm/bluetooth/usb/aux/ Voice Command, 6 Speakers Door Ajar Warning: With Srs Airbag: Driver + Front Passenger + Knee (d) Anti-locking Braking System (abs): With + Brake Assist + Ebd Vsc (vehicle Control System): With Hac (hill- Start Assist Control): With Seatbelt: Front: 3 Pt. Elr + Pretensioner: 2, Rear #1: 3pt. Elr: 3, Rear#2: 3 Pt. Elr Emergency Brake Signal: With Parking Support: Reverse Camera + Clearance And Back Sonar Inclusive:  3 Years Lto Registration  Gsis Insurance 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information From City Government Of Mati And Inspect The Bidding Documents At The Address Given Below During 8:00am - 12:00nn To 1:00pm - 5:00pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 7, 2025 – January 28, 2025 From The Given Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Ten Thousand Pesos (p10,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Presented In Person. 6. The City Government Of Mati Will Hold A Pre-bid Conference On January 16, 2025 At 2:00 Pm At Bac Conference Room, City Hall, City Of Mati, Province Of Davao Oriental, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through (i) Manual Submission At The Office Address Indicated Below, (ii) Online Or Electronic Submission As Indicated Below, On Or Before January 28, 2025 At 2:00 Pm. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On January 28, 2025 At 2:00 Pm At The Given Address Below Bac Conference Room, City Hall, City Of Mati, Province Of Davao Oriental. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The City Government Of Mati Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Lucio F. Pequiro - Head, Bac Secretariat Bids And Awards Committee Bids And Awards Committee Office, City Hall, City Of Mati, Province Of Davao Oriental Bac_cityofmati@yahoo.com (087) 3883-167 12. You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.philgeps.gov.ph Atty. Kareen Silver Marzan-manluyang Bac Chairperson
Closing Date28 Jan 2025
Tender AmountPHP 7.1 Million (USD 122.6 K)

BARANGAY SAN VICENTE BISLIG CITY SURIGAO DEL SUR Tender

Civil And Construction...+1Water Storage And Supply
Philippines
Details: Description Name Of Project : Construction Of Tandawan Water System Location : Purok 2 Tandawan, Brgy.san Vicente, Bislig City Brief Description : Materials Item No. Quantity Unit Of Measurement Particulars/description 1. 0.75 Cu.m Gravel,mixed 2 1.75 Cu.m Simulao Washed Gravel ¾ In.dia. 3 1.00 Cu.m Simulao Washed Sand 4 16 Bags Portland Cement 5 33.00 Lhs Deformed Steel Bars 12mm Dia.x 6.0m 6 56.00 Lhs Deformed Steel Bars 10mm Dia.x 6.0m 7 10 Kgs #16 G.i Tire Wire 8 5.00 Pcs Hacksaw Blade 9 6 Shts. Plywood Marine 10mm Thk.x4 Ft X8ft. 10 150 Bd.ft Lumber,planted Species 25pcs.2in.x3in.x12ft. 11 166.67 Bd.ft Lumber,planted Species 25 Pcs. 2 In.x4 In.x 10ft 12 106.67 Bd.ft Lumber,planted Species 40pcs.2 In.x2in.x 8ft 13 1.50 Kg Nails,common Wire 1in.l 14 2.50 Kgs Nails.common Wire 3 In.l 15 5.00 Kgs Nails,common Wire 4 In.l 16 1 Lh G.i Pipe 50 Mm.dia.x6.0m Sched.40 17 2 Rolls Pipe, Hdpe, 2in.dia. (sdr11) (60m/roll) 18 4 Rolls Pipe, Hdpe,1-½in.dia. (sdr 11) ( 60m/roll) 19 2 Pcs Fittings,hdpe,straight Coupler 2in.dia. 20 4 Pcs Fittings,hdpe,straight Coupler 1-½ In.dia 21 1 Pc Fittings,hdpe,reducer 2 In.x 1-½ In.dia. 22 1 Pc Teflon Tape 23 1 Pc Gate Valve, Brass,2 In.dia. Approved Budget For The Contract : ₱ 104,000.00 Source Of Fund : 20% Development Barangay Funds C.y 2024 Delivery Period : 15 C.d. Prospective Bidders Should Have Completed A Similar Project Within The Last 5 Years With An Amount Of At Least 50% Of The Proposed For Bidding. The Eligibility Check /screening As Well As The Preliminary Examination Of Bids Shall Use Non-discretionary “pass/fail” Criteria. Post- Qualification Of The Lowest Calculated Bid Shall Be Conducted. All Particulars Relative To Eligibility Statement And Screening, Bid Security, Performance Security, Pre-bidding Conference, Evaluation Of Bids, Post-qualification And Award Of Contract Shall Be Governed By The Pertinent Provisions Of R.a.9184 And Its Implementing Rules And Regulation (irr). The Complete Schedule Of Activities Is Listed, As Follows: Activities Schedule 1. Issuance Of Bid Documents Jan. 13,2025- Jan.17,2025 2. Pre-bid Conference Jan.16,2025 @ 9: 30:am 3. Opening Of Bids Jan.24,2025 @ 9:30 Am 4. Bid Evaluation Jan.27,2025 @ 9:30am 5. Post-qualification Jan.29,2025 @ 9:30am 6. Notice Of Award Jan.31,2025 Bid Documents Will Be Available Only To Prospective Bidders Upon Payment Of A Non-refundable Amount Of P 500.00 To The Blgu Cashier. The Blgu Bislig City Assumes No Responsibility Whatsoever To Compensate Of Indemnify Bidders For Any Expenses Incurred In The Preparation Of The Bid. The Bac Of Barangay San Vicente, Bislig City Reserves The Right To Accept Or Reject Any Bid, To Annul The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders.
Closing Date24 Jan 2025
Tender AmountPHP 104 K (USD 1.7 K)

DEPT OF THE NAVY USA Tender

Others
Corrigendum : Closing Date Modified
United States
Description: Contact Information|4|n774.4|bv5|(717) 605-3080|tyler.l.curfman.civ@us.navy.mil| item Unique Identification And Valuation (jan 2023)|19|||||||||||||||||||| inspection Of Supplies--fixed-price (aug 1996)|2||| production Lot Testing|1|120| wide Area Workflow Payment Instructions (jan 2023)|16|invoice And Receiving Report (combo)|n/a|tbd|n00104|tbd|tbd|see Schedule|tbd|||tbd|||||| navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1|wss Mechanicsburg| equal Opportunity (sep 2016)|2||| buy American --free Trade Agreements--balance Of Payments Program - Basic (jan2023))|3|||| alternate A, Annual Representations And Certifications (nov 2020)|13|||||||||||||| buy American-free Trade Agreements-balance Of Payments Program Certificate-basic (dec 2022))|3|||| buy American-balance Of Payments Program Certificate-basic (nov 2014)|1|| annual Representations And Certifications (mar 2023)|13|333998|700|x|x|||||||||| notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||x| this Amendment Removes The Following Nsns From The Solicitation: 5305 016842179 5310 016842469 1386 016844205 1386 016844212 4220 016844349 1386 016844448 5340 016844486 1. This Is A Navy Buy. 2. The Ultimate Awardee Of The Proposed Contract Action Must Be An Authorized Source. Award Of The Proposed Contract Action Will Not Be Delayed While An Unauthorized Source Seeks To Obtain Authorization. 3. Quotes Shall Be Emailed To Tyler.l.curfman.civ@us.navy.mil. 4. Fob Destination. Quotes Shall Include Shipping Costs For Shipment Of Units To Destination. 5. Production Lot Testing Applies For The Requirement. 6. The Eod Technician Has 90 Days In Which To Test/inspect/accept The Production Quantity. The Contract Administrator Has An Additional 30 Days In Which To Notify The Contractor Of The Results; Total 120 Days. 1. Scope 1.1 This Contract/purchase Order Contains The Requirements For Manufacture And The Contract Quality Requirements For The Screw,machine . 2. Applicable Documents 2.1 Applicable Documents - The Document(s) Listed Below Form A Part Of This Contract/purchase Order Including Modifications Or Exclusions. 2.1.1 "document References" Listed Below Must Be Obtained By The Contractor. Ordering Information Is Included As An Attachment To This Contract/purchase Order. document Ref Data=mil-std-130 | | |n |121116|a| | | document Ref Data=mil-dtl-19595 | | |d |030211|a| | | 3. Requirements 3.1 Cage Code/reference Number Items - The Screw,machine Furnished Under This contract/purchase Order Shall Be The Design Represented By Cage Code(s) reference Number(s). Cage _______ Ref. No. ;99251 850-025/8324510; 3.2 Marking - This Item Shall Be Physically Identified In Accordance with ;mil-std-130, Rev N, 16 Nov 2012; . 3.3 Changes In Design, Material Servicing, Or Part Number - Except For A Code 1 Change, Which Shall Be Processed As Provided In The Code Statement Shown Below, No Substitution Of Items Shall Be Made Until The Navicp-mech Contracting Officer Has Notified And approval Has Been Given By Issuance Of A Written Change Order. When Any Change In Design, Material, Servicing Or Part Number Is Made To Replace Or Substitute Any Item To Be Furnished On This Contract/purchase Order, The Contractor Shall Furnish, For The substituting/replacement Item, A Drawing And An Explanation Of The Reason For The Change, Explaining The Reason Therefor. If Finished Detail Drawings Are Not Available, Shop Drawings In The Form Used By The Manufacturer Will Be Acceptable For Government evaluation. When Notifying The Procurement Contracting Officer Of The Reasons For Making Substitutions, The Type Of Change Shall Be Indicated By Code Number In Accordance With One Of The Following Statements: code 1: Part Number Change Only - If The Manufacturer's Part Number Indicated Thereon Has Changed, But The Parts Are Identical In All Respects, Supply The Item And Advise Navicp-mech Immediately Of The New Part Number. code 2: Assembly (or Set Or Kit) Not Furnished - Used Following Detail Parts. code 3: Part Not Furnished Separately - Use Assembly. code 4: Part Redesigned - Old And New Parts Are Completely Interchangeable. code 5: Part Redesigned - New Part Replaces Old. Old Part Cannot Replace New. code 6: Part Redesigned - Parts Not Interchangeable. 3.4 Production Lot Approval (government Testing) - Production Lot Test And Approval Is Required. 3.5 Non-magnetic Inspection Shall Be In Accordance With Mil-dtl-19595. 3.6 The Contractor Shall Notify The Government Testing Activity ;30; Days Prior To Shipment Of Material To Be Tested. 4. Quality Assurance 4.1 Responsibility For Inspection - Unless Otherwise Specified In The Contract/purchase Order, The Contractor Is Responsible For The Performance Of All Inspection Requirements As Specified Herein. Except As Otherwise Specified In The Contract/purchase Order, the Contractor May Use His Own Or Any Other Facilities Suitable For The Performance Of The Inspection Requirements Specified Herein, Unless Disapproved By The Government. The Government Reserves The Right To Perform Any Of The Inspections Set Forth In The specification Where Such Inspections Are Deemed Necessary To Assure Supplies And Services Conform To Prescribed Requirements. 4.2 Responsibility For Compliance - All Items Must Meet All Requirements Of This Contract/purchase Order. The Inspection Set Forth In This Specification Shall Become A Part Of The Contractor's Overall Inspection System Or Quality Program. The Absence Of Any inspection Requirements Shall Not Relieve The Contractor Of The Responsibility Of Assuring That All Products Or Supplies Submitted To The Government For Acceptance Comply With All Requirements Of The Contract/purchase Order. Sampling In Quality Conformance does Not Authorize Submission Of Known Defective Material, Either Indicated Or Actual, Not Does It Commit The Government To Acceptance Of Defective Material. 4.3 Records - Records Of All Inspection Work By The Contractor Shall Be Kept Complete And Available To The Government During The Performance Of Contract/purchase Order And For A Period Of 365 Calendar Days After Final Delivery Of Supplies. 4.4 Production Lot Test - The Contractor Shall Deliver ;all; Unit(s) To ;naval Surface Warfare Center Indian Head Explosive Ordnance Disposal Technology Division Indian Head, Md 20640-5070, Attn: Cory Legagneux.; For 100% Production Lot Testing In accordance With ;for All Requirements For Part Number 530-001/8324510 And All Associated Specifications.; . Upon Satisfactory Completion Of The Production Lot Test, The Government Facility Shall Prepare And Package The Unit(s) For Transshipment To Final Shipment Destination(s) In Accordance With The Requirements Of This Contract/purchase Order. 5. Packaging 5.1 Preservation, Packaging, Packing And Marking - Preservation, Packaging, Packing And Marking Shall Be In Accordance With The Contract/purchase Order Schedule And As Specified Below. mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule 6. Notes 6.1 Ordering Information For Document References - The Department Of Defense Single Stock Point (dodssp), Website Http://www.dsp.dla.mil/, Provides Product Information For The Department Of Defense Index Of Specifications And Standards (dodiss) (i.e.military/federal Specifications And Standards), Data Item Descriptions (dids), And Other Dodssp Products. Most Specifications Can Obtained Directly From Http://quicksearch.dla.mil/ a. Availability Of Cancelled Documents - The Dodssp Offers Cancelled Documentsthat Are Required By Private Industry In Fulfillment Of Contractual Obligationsin Paper Format. Documents Can Be Requested By Phoning The Subscription Services Desk. b. Commercial Specifications, Standards, And Descriptions - These Specifications, Standards And Descriptions Are Not Available From Government Sources. Theymay Be Obtained From The Publishers Of The Applicable Societies. c. Ordnance Standards (os), Weapons Specifications (ws), And Navord Ostd 600 Pages - These Type Publications May Be Obtained By Submitting A Request To: commander, Indian Head Division, Naval Surface Warfare Center code 8410p, 101 Strauss Avenue indian Head, Md 20640-5035 d. On Post-award Actions, Requests For "official Use Only" And "noforn" (not Releasable To Foreign Nationals) Documents Must Identify The Government Contractnumber, And Must Be Submitted Via The Cognizant Defense Contract Management Command (dcmc) For certification Of Need For The Document. On Pre-award Actions Such Requests Must Be Submitted To The Pco For Certification Of Need For The Document. e. Noforn Military Specifications And Standards (including Amendments, Change Notices And Supplements, But Not Interim Changes) To Be Ordered From: contracting Officer navsup-wss code 87321 5450 Carlisle Pike p.o. Box 2020 mechanicsburg, Pa. 17055-0788 f. Nuclear Reactor Publications Assigned Navsea Documents And Identification Numbers (i.e. Navsea Welding Standard, Navsea 250-1500-1) Are To Be Ordered Enue: commanding Officer navsup-wss code 009 5450 Carlisle Pike p.o. Box 2020 mechanicsburg, Pa. 17055-0788 g. Technical Manuals Assigned Navsea Identification Numbers (i.e. Navsea Welding And Brazing Procedure, Navsea S9074-aq-gib-010/248) Are To Be Ordered From: commanding Officer navsup-wss code 1 Support Branch 700 Robbins Avenue philadelphia, Pa. 19111-5094 h. Interim Changes And Classified Specifications Must Be Obtained By Submitting A Request On Dd Form 1425 To Navsup-wss. 6.2 Notice To Distributors/offerors - Consideration For Award Of Contract Shall Be Given Only To Authorized Distributors Of The Original Manufacturer's Item Represented In This Solicitation. If You Desire To Be Considered As A Potential Source For Award Of this Contract, Proof Of Being An Authorized Distributor Shall Be Provided On Company Letterhead Signed By A Responsible Company Official And Sent With Your Offer To The Procurement Contracting Officer. 6.3 In Accordance With Opnavinst 5510.1 All Documents And Drawings Provided By The U.s. Navy To Perspective Contractors Must Include A "distribution Statement" To Inform The Contractor Of The Limits Of Distribution, And The Safeguarding Of The Information contained On Those Documents And Drawings. There Are 7 (seven) Seperate Distribution Statement Codes Used For Non-classified Documents And Drawings. The Definition For Each Is As Follows: a... Approved For Public Release; Distribution Is Unlimited. b... Distribution Authorized To Us Governments Agencies Only. c... Distribution Authorized To Us Government Agencies And Their Contractors. d... Distribution Authorized To Dod And Dod Contractors Only. e... Distribution Authorized To Dod Components Only. f... Further Distribution Only As Directed By Commander, Naval Sea Systems Command, Code 09t. x... Distribution Is Authorized To Us Government Agencies And Private Individuals Or Enterprises Eligible To Obtain Export Controlled Technical Data In Accordance With Opnavinst 5510.161. 6.4 ;all Vendors Are Required To Submit Material C Of C's On All First Article (fa) And Production Lot Testing (plt) Materials Arriving For Final Acceptance Inspection.; 1. Scope 1.1 This Contract/purchase Order Contains The Requirements For Manufacture And The Contract Quality Requirements For The Valve . 2. Applicable Documents 2.1 Applicable Documents - The Document(s) Listed Below Form A Part Of This Contract/purchase Order Including Modifications Or Exclusions. 2.1.1 "document References" Listed Below Must Be Obtained By The Contractor. Ordering Information Is Included As An Attachment To This Contract/purchase Order. document Ref Data=mil-std-130 | | |n |121116|a| | | document Ref Data=mil-dtl-19595 | | |d |030211|a| | | 3. Requirements 3.1 Cage Code/reference Number Items - The Valve Furnished Under This contract/purchase Order Shall Be The Design Represented By Cage Code(s) reference Number(s). Cage _______ Ref. No. ;99251 850-025/8324510; 3.2 Marking - This Item Shall Be Physically Identified In Accordance with ;mil-std-130, Rev N, 16 Nov 2012; . 3.3 Changes In Design, Material Servicing, Or Part Number - Except For A Code 1 Change, Which Shall Be Processed As Provided In The Code Statement Shown Below, No Substitution Of Items Shall Be Made Until The Navicp-mech Contracting Officer Has Notified And approval Has Been Given By Issuance Of A Written Change Order. When Any Change In Design, Material, Servicing Or Part Number Is Made To Replace Or Substitute Any Item To Be Furnished On This Contract/purchase Order, The Contractor Shall Furnish, For The substituting/replacement Item, A Drawing And An Explanation Of The Reason For The Change, Explaining The Reason Therefor. If Finished Detail Drawings Are Not Available, Shop Drawings In The Form Used By The Manufacturer Will Be Acceptable For Government evaluation. When Notifying The Procurement Contracting Officer Of The Reasons For Making Substitutions, The Type Of Change Shall Be Indicated By Code Number In Accordance With One Of The Following Statements: code 1: Part Number Change Only - If The Manufacturer's Part Number Indicated Thereon Has Changed, But The Parts Are Identical In All Respects, Supply The Item And Advise Navicp-mech Immediately Of The New Part Number. code 2: Assembly (or Set Or Kit) Not Furnished - Used Following Detail Parts. code 3: Part Not Furnished Separately - Use Assembly. code 4: Part Redesigned - Old And New Parts Are Completely Interchangeable. code 5: Part Redesigned - New Part Replaces Old. Old Part Cannot Replace New. code 6: Part Redesigned - Parts Not Interchangeable. 3.4 Production Lot Approval (government Testing) - Production Lot Test And Approval Is Required. 3.5 Non-magnetic Inspection Shall Be In Accordance With Mil-dtl-19595. 4. Quality Assurance 4.1 Responsibility For Inspection - Unless Otherwise Specified In The Contract/purchase Order, The Contractor Is Responsible For The Performance Of All Inspection Requirements As Specified Herein. Except As Otherwise Specified In The Contract/purchase Order, the Contractor May Use His Own Or Any Other Facilities Suitable For The Performance Of The Inspection Requirements Specified Herein, Unless Disapproved By The Government. The Government Reserves The Right To Perform Any Of The Inspections Set Forth In The specification Where Such Inspections Are Deemed Necessary To Assure Supplies And Services Conform To Prescribed Requirements. 4.2 Responsibility For Compliance - All Items Must Meet All Requirements Of This Contract/purchase Order. The Inspection Set Forth In This Specification Shall Become A Part Of The Contractor's Overall Inspection System Or Quality Program. The Absence Of Any inspection Requirements Shall Not Relieve The Contractor Of The Responsibility Of Assuring That All Products Or Supplies Submitted To The Government For Acceptance Comply With All Requirements Of The Contract/purchase Order. Sampling In Quality Conformance does Not Authorize Submission Of Known Defective Material, Either Indicated Or Actual, Not Does It Commit The Government To Acceptance Of Defective Material. 4.3 Records - Records Of All Inspection Work By The Contractor Shall Be Kept Complete And Available To The Government During The Performance Of Contract/purchase Order And For A Period Of 365 Calendar Days After Final Delivery Of Supplies. 4.4 Production Lot Test - The Contractor Shall Deliver ;all; Unit(s) To ;naval Surface Warfare Center Indian Head Explosive Ordnance Disposal Technology Division Indian Head, Md 20640-5070, Attn: Cory Legagneux.; For 100% Production Lot Testing In accordance With ;for All Requirements For Part Number 850-025 / 016842177 And All Associated Specification.; . Upon Satisfactory Completion Of The Production Lot Test, The Government Facility Shall Prepare And Package The Unit(s) For Transshipment To Final Shipment Destination(s) In Accordance With The Requirements Of This Contract/purchase Order. 5. Packaging 5.1 Preservation, Packaging, Packing And Marking - Preservation, Packaging, Packing And Marking Shall Be In Accordance With The Contract/purchase Order Schedule And As Specified Below. mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule 6. Notes 6.1 Ordering Information For Document References - The Department Of Defense Single Stock Point (dodssp), Website Http://www.dsp.dla.mil/, Provides Product Information For The Department Of Defense Index Of Specifications And Standards (dodiss) (i.e.military/federal Specifications And Standards), Data Item Descriptions (dids), And Other Dodssp Products. Most Specifications Can Obtained Directly From Http://quicksearch.dla.mil/ a. Availability Of Cancelled Documents - The Dodssp Offers Cancelled Documentsthat Are Required By Private Industry In Fulfillment Of Contractual Obligationsin Paper Format. Documents Can Be Requested By Phoning The Subscription Services Desk. b. Commercial Specifications, Standards, And Descriptions - These Specifications, Standards And Descriptions Are Not Available From Government Sources. Theymay Be Obtained From The Publishers Of The Applicable Societies. c. Ordnance Standards (os), Weapons Specifications (ws), And Navord Ostd 600 Pages - These Type Publications May Be Obtained By Submitting A Request To: commander, Indian Head Division, Naval Surface Warfare Center code 8410p, 101 Strauss Avenue indian Head, Md 20640-5035 d. On Post-award Actions, Requests For "official Use Only" And "noforn" (not Releasable To Foreign Nationals) Documents Must Identify The Government Contractnumber, And Must Be Submitted Via The Cognizant Defense Contract Management Command (dcmc) For certification Of Need For The Document. On Pre-award Actions Such Requests Must Be Submitted To The Pco For Certification Of Need For The Document. e. Noforn Military Specifications And Standards (including Amendments, Change Notices And Supplements, But Not Interim Changes) To Be Ordered From: contracting Officer navsup-wss code 87321 5450 Carlisle Pike p.o. Box 2020 mechanicsburg, Pa. 17055-0788 f. Nuclear Reactor Publications Assigned Navsea Documents And Identification Numbers (i.e. Navsea Welding Standard, Navsea 250-1500-1) Are To Be Ordered Enue: commanding Officer navsup-wss code 009 5450 Carlisle Pike p.o. Box 2020 mechanicsburg, Pa. 17055-0788 g. Technical Manuals Assigned Navsea Identification Numbers (i.e. Navsea Welding And Brazing Procedure, Navsea S9074-aq-gib-010/248) Are To Be Ordered From: commanding Officer navsup-wss code 1 Support Branch 700 Robbins Avenue philadelphia, Pa. 19111-5094 h. Interim Changes And Classified Specifications Must Be Obtained By Submitting A Request On Dd Form 1425 To Navsup-wss. 6.2 Notice To Distributors/offerors - Consideration For Award Of Contract Shall Be Given Only To Authorized Distributors Of The Original Manufacturer's Item Represented In This Solicitation. If You Desire To Be Considered As A Potential Source For Award Of this Contract, Proof Of Being An Authorized Distributor Shall Be Provided On Company Letterhead Signed By A Responsible Company Official And Sent With Your Offer To The Procurement Contracting Officer. 6.3 In Accordance With Opnavinst 5510.1 All Documents And Drawings Provided By The U.s. Navy To Perspective Contractors Must Include A "distribution Statement" To Inform The Contractor Of The Limits Of Distribution, And The Safeguarding Of The Information contained On Those Documents And Drawings. There Are 7 (seven) Seperate Distribution Statement Codes Used For Non-classified Documents And Drawings. The Definition For Each Is As Follows: a... Approved For Public Release; Distribution Is Unlimited. b... Distribution Authorized To Us Governments Agencies Only. c... Distribution Authorized To Us Government Agencies And Their Contractors. d... Distribution Authorized To Dod And Dod Contractors Only. e... Distribution Authorized To Dod Components Only. f... Further Distribution Only As Directed By Commander, Naval Sea Systems Command, Code 09t. x... Distribution Is Authorized To Us Government Agencies And Private Individuals Or Enterprises Eligible To Obtain Export Controlled Technical Data In Accordance With Opnavinst 5510.161. 6.4 ;all Vendors Are Required To Submit Material C Of C's On All First Article (fa) And Production Lot Testing (plt) Materials Arriving For Final Acceptance Inspection.; 1. Scope 1.1 This Contract/purchase Order Contains The Requirements For Manufacture And The Contract Quality Requirements For The Ring,retaining . 2. Applicable Documents 2.1 Applicable Documents - The Document(s) Listed Below Form A Part Of This Contract/purchase Order Including Modifications Or Exclusions. 2.1.1 "document References" Listed Below Must Be Obtained By The Contractor. Ordering Information Is Included As An Attachment To This Contract/purchase Order. document Ref Data=mil-std-130 | | |n |121116|a| | | document Ref Data=mil-dtl-19595 | | |d |030211|a| | | 3. Requirements 3.1 Cage Code/reference Number Items - The Ring,retaining Furnished Under This contract/purchase Order Shall Be The Design Represented By Cage Code(s) reference Number(s). Cage _______ Ref. No. ;99251 820-063/8324510 Rev D; 3.2 Marking - This Item Shall Be Physically Identified In Accordance with ;mil-std-130, Rev N, 16 Nov 2012; . 3.3 Changes In Design, Material Servicing, Or Part Number - Except For A Code 1 Change, Which Shall Be Processed As Provided In The Code Statement Shown Below, No Substitution Of Items Shall Be Made Until The Navicp-mech Contracting Officer Has Notified And approval Has Been Given By Issuance Of A Written Change Order. When Any Change In Design, Material, Servicing Or Part Number Is Made To Replace Or Substitute Any Item To Be Furnished On This Contract/purchase Order, The Contractor Shall Furnish, For The substituting/replacement Item, A Drawing And An Explanation Of The Reason For The Change, Explaining The Reason Therefor. If Finished Detail Drawings Are Not Available, Shop Drawings In The Form Used By The Manufacturer Will Be Acceptable For Government evaluation. When Notifying The Procurement Contracting Officer Of The Reasons For Making Substitutions, The Type Of Change Shall Be Indicated By Code Number In Accordance With One Of The Following Statements: code 1: Part Number Change Only - If The Manufacturer's Part Number Indicated Thereon Has Changed, But The Parts Are Identical In All Respects, Supply The Item And Advise Navicp-mech Immediately Of The New Part Number. code 2: Assembly (or Set Or Kit) Not Furnished - Used Following Detail Parts. code 3: Part Not Furnished Separately - Use Assembly. code 4: Part Redesigned - Old And New Parts Are Completely Interchangeable. code 5: Part Redesigned - New Part Replaces Old. Old Part Cannot Replace New. code 6: Part Redesigned - Parts Not Interchangeable. 3.4 Production Lot Approval (government Testing) - Production Lot Test And Approval Is Required. 3.5 Non-magnetic Inspection Shall Be In Accordance With Mil-dtl-19595. 3.6 The Contractor Shall Notify The Government Testing Activity ;30; Days Prior To Shipment Of Material To Be Tested. 4. Quality Assurance 4.1 Responsibility For Inspection - Unless Otherwise Specified In The Contract/purchase Order, The Contractor Is Responsible For The Performance Of All Inspection Requirements As Specified Herein. Except As Otherwise Specified In The Contract/purchase Order, the Contractor May Use His Own Or Any Other Facilities Suitable For The Performance Of The Inspection Requirements Specified Herein, Unless Disapproved By The Government. The Government Reserves The Right To Perform Any Of The Inspections Set Forth In The specification Where Such Inspections Are Deemed Necessary To Assure Supplies And Services Conform To Prescribed Requirements. 4.2 Responsibility For Compliance - All Items Must Meet All Requirements Of This Contract/purchase Order. The Inspection Set Forth In This Specification Shall Become A Part Of The Contractor's Overall Inspection System Or Quality Program. The Absence Of Any inspection Requirements Shall Not Relieve The Contractor Of The Responsibility Of Assuring That All Products Or Supplies Submitted To The Government For Acceptance Comply With All Requirements Of The Contract/purchase Order. Sampling In Quality Conformance does Not Authorize Submission Of Known Defective Material, Either Indicated Or Actual, Not Does It Commit The Government To Acceptance Of Defective Material. 4.3 Records - Records Of All Inspection Work By The Contractor Shall Be Kept Complete And Available To The Government During The Performance Of Contract/purchase Order And For A Period Of 365 Calendar Days After Final Delivery Of Supplies. 4.4 Production Lot Test - The Contractor Shall Deliver ;all; Unit(s) To ;naval Surface Warfare Center Indian Head Explosive Ordnance Disposal Technology Division Indian Head, Md 20640-5070, Attn: Cory Legagneux.; For 100% Production Lot Testing In accordance With ;for All Requirements For Part Number 820-063/8324510 Rev D And All Associated Specifications.; . Upon Satisfactory Completion Of The Production Lot Test, The Government Facility Shall Prepare And Package The Unit(s) For Transshipment To Final Shipment Destination(s) In Accordance With The Requirements Of This Contract/purchase Order. 5. Packaging 5.1 Preservation, Packaging, Packing And Marking - Preservation, Packaging, Packing And Marking Shall Be In Accordance With The Contract/purchase Order Schedule And As Specified Below. mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule 6. Notes 6.1 Ordering Information For Document References - The Department Of Defense Single Stock Point (dodssp), Website Http://www.dsp.dla.mil/, Provides Product Information For The Department Of Defense Index Of Specifications And Standards (dodiss) (i.e.military/federal Specifications And Standards), Data Item Descriptions (dids), And Other Dodssp Products. Most Specifications Can Obtained Directly From Http://quicksearch.dla.mil/ a. Availability Of Cancelled Documents - The Dodssp Offers Cancelled Documentsthat Are Required By Private Industry In Fulfillment Of Contractual Obligationsin Paper Format. Documents Can Be Requested By Phoning The Subscription Services Desk. b. Commercial Specifications, Standards, And Descriptions - These Specifications, Standards And Descriptions Are Not Available From Government Sources. Theymay Be Obtained From The Publishers Of The Applicable Societies. c. Ordnance Standards (os), Weapons Specifications (ws), And Navord Ostd 600 Pages - These Type Publications May Be Obtained By Submitting A Request To: commander, Indian Head Division, Naval Surface Warfare Center code 8410p, 101 Strauss Avenue indian Head, Md 20640-5035 d. On Post-award Actions, Requests For "official Use Only" And "noforn" (not Releasable To Foreign Nationals) Documents Must Identify The Government Contractnumber, And Must Be Submitted Via The Cognizant Defense Contract Management Command (dcmc) For certification Of Need For The Document. On Pre-award Actions Such Requests Must Be Submitted To The Pco For Certification Of Need For The Document. e. Noforn Military Specifications And Standards (including Amendments, Change Notices And Supplements, But Not Interim Changes) To Be Ordered From: contracting Officer navsup-wss code 87321 5450 Carlisle Pike p.o. Box 2020 mechanicsburg, Pa. 17055-0788 f. Nuclear Reactor Publications Assigned Navsea Documents And Identification Numbers (i.e. Navsea Welding Standard, Navsea 250-1500-1) Are To Be Ordered Enue: commanding Officer navsup-wss code 009 5450 Carlisle Pike p.o. Box 2020 mechanicsburg, Pa. 17055-0788 g. Technical Manuals Assigned Navsea Identification Numbers (i.e. Navsea Welding And Brazing Procedure, Navsea S9074-aq-gib-010/248) Are To Be Ordered From: commanding Officer navsup-wss code 1 Support Branch 700 Robbins Avenue philadelphia, Pa. 19111-5094 h. Interim Changes And Classified Specifications Must Be Obtained By Submitting A Request On Dd Form 1425 To Navsup-wss. 6.2 Notice To Distributors/offerors - Consideration For Award Of Contract Shall Be Given Only To Authorized Distributors Of The Original Manufacturer's Item Represented In This Solicitation. If You Desire To Be Considered As A Potential Source For Award Of this Contract, Proof Of Being An Authorized Distributor Shall Be Provided On Company Letterhead Signed By A Responsible Company Official And Sent With Your Offer To The Procurement Contracting Officer. 6.3 In Accordance With Opnavinst 5510.1 All Documents And Drawings Provided By The U.s. Navy To Perspective Contractors Must Include A "distribution Statement" To Inform The Contractor Of The Limits Of Distribution, And The Safeguarding Of The Information contained On Those Documents And Drawings. There Are 7 (seven) Seperate Distribution Statement Codes Used For Non-classified Documents And Drawings. The Definition For Each Is As Follows: a... Approved For Public Release; Distribution Is Unlimited. b... Distribution Authorized To Us Governments Agencies Only. c... Distribution Authorized To Us Government Agencies And Their Contractors. d... Distribution Authorized To Dod And Dod Contractors Only. e... Distribution Authorized To Dod Components Only. f... Further Distribution Only As Directed By Commander, Naval Sea Systems Command, Code 09t. x... Distribution Is Authorized To Us Government Agencies And Private Individuals Or Enterprises Eligible To Obtain Export Controlled Technical Data In Accordance With Opnavinst 5510.161. 6.4 ; All Vendors Are Required To Submit Material C Of C's On All First Article (fa) And Production Lot Testing (plt) Materials Arriving For Final Acceptance Inspection.; 1. Scope 1.1 This Contract/purchase Order Contains The Requirements For Manufacture And The Contract Quality Requirements For The Divider,valve Flow . 2. Applicable Documents 2.1 Applicable Documents - The Document(s) Listed Below Form A Part Of This Contract/purchase Order Including Modifications Or Exclusions. 2.1.1 "document References" Listed Below Must Be Obtained By The Contractor. Ordering Information Is Included As An Attachment To This Contract/purchase Order. document Ref Data=mil-std-130 | | |n |121116|a| | | document Ref Data=mil-dtl-19595 | | |d |030211|a| | | 3. Requirements 3.1 Cage Code/reference Number Items - The Divider,valve Flow Furnished Under This contract/purchase Order Shall Be The Design Represented By Cage Code(s) reference Number(s). Cage _______ Ref. No. ;99251 820-165/ 8324510 Rev D; 3.2 Marking - This Item Shall Be Physically Identified In Accordance with ;mil-std-130, Rev N, 16 Nov 2012; . 3.3 Changes In Design, Material Servicing, Or Part Number - Except For A Code 1 Change, Which Shall Be Processed As Provided In The Code Statement Shown Below, No Substitution Of Items Shall Be Made Until The Navicp-mech Contracting Officer Has Notified And approval Has Been Given By Issuance Of A Written Change Order. When Any Change In Design, Material, Servicing Or Part Number Is Made To Replace Or Substitute Any Item To Be Furnished On This Contract/purchase Order, The Contractor Shall Furnish, For The substituting/replacement Item, A Drawing And An Explanation Of The Reason For The Change, Explaining The Reason Therefor. If Finished Detail Drawings Are Not Available, Shop Drawings In The Form Used By The Manufacturer Will Be Acceptable For Government evaluation. When Notifying The Procurement Contracting Officer Of The Reasons For Making Substitutions, The Type Of Change Shall Be Indicated By Code Number In Accordance With One Of The Following Statements: code 1: Part Number Change Only - If The Manufacturer's Part Number Indicated Thereon Has Changed, But The Parts Are Identical In All Respects, Supply The Item And Advise Navicp-mech Immediately Of The New Part Number. code 2: Assembly (or Set Or Kit) Not Furnished - Used Following Detail Parts. code 3: Part Not Furnished Separately - Use Assembly. code 4: Part Redesigned - Old And New Parts Are Completely Interchangeable. code 5: Part Redesigned - New Part Replaces Old. Old Part Cannot Replace New. code 6: Part Redesigned - Parts Not Interchangeable. 3.4 Production Lot Approval (government Testing) - Production Lot Test And Approval Is Required. 3.5 Non-magnetic Inspection Shall Be In Accordance With Mil-dtl-19595. 3.6 The Contractor Shall Notify The Government Testing Activity ;30; Days Prior To Shipment Of Material To Be Tested. 4. Quality Assurance 4.1 Responsibility For Inspection - Unless Otherwise Specified In The Contract/purchase Order, The Contractor Is Responsible For The Performance Of All Inspection Requirements As Specified Herein. Except As Otherwise Specified In The Contract/purchase Order, the Contractor May Use His Own Or Any Other Facilities Suitable For The Performance Of The Inspection Requirements Specified Herein, Unless Disapproved By The Government. The Government Reserves The Right To Perform Any Of The Inspections Set Forth In The specification Where Such Inspections Are Deemed Necessary To Assure Supplies And Services Conform To Prescribed Requirements. 4.2 Responsibility For Compliance - All Items Must Meet All Requirements Of This Contract/purchase Order. The Inspection Set Forth In This Specification Shall Become A Part Of The Contractor's Overall Inspection System Or Quality Program. The Absence Of Any inspection Requirements Shall Not Relieve The Contractor Of The Responsibility Of Assuring That All Products Or Supplies Submitted To The Government For Acceptance Comply With All Requirements Of The Contract/purchase Order. Sampling In Quality Conformance does Not Authorize Submission Of Known Defective Material, Either Indicated Or Actual, Not Does It Commit The Government To Acceptance Of Defective Material. 4.3 Records - Records Of All Inspection Work By The Contractor Shall Be Kept Complete And Available To The Government During The Performance Of Contract/purchase Order And For A Period Of 365 Calendar Days After Final Delivery Of Supplies. 4.4 Production Lot Test - The Contractor Shall Deliver ;all; Unit(s) To ;naval Surface Warfare Center Indian Head Explosive Ordnance Disposal Technology Division Indian Head, Md 20640-5070, Attn: Cory Legagneux.; For 100% Production Lot Testing In accordance With ;for All Requirements For Part Number 820-165/8324510 Rev D, And All Associated Specifications; . Upon Satisfactory Completion Of The Production Lot Test, The Government Facility Shall Prepare And Package The Unit(s) For Transshipment To Final Shipment Destination(s) In Accordance With The Requirements Of This Contract/purchase Order. 5. Packaging 5.1 Preservation, Packaging, Packing And Marking - Preservation, Packaging, Packing And Marking Shall Be In Accordance With The Contract/purchase Order Schedule And As Specified Below. mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule 6. Notes 6.1 Ordering Information For Document References - The Department Of Defense Single Stock Point (dodssp), Website Http://www.dsp.dla.mil/, Provides Product Information For The Department Of Defense Index Of Specifications And Standards (dodiss) (i.e.military/federal Specifications And Standards), Data Item Descriptions (dids), And Other Dodssp Products. Most Specifications Can Obtained Directly From Http://quicksearch.dla.mil/ a. Availability Of Cancelled Documents - The Dodssp Offers Cancelled Documentsthat Are Required By Private Industry In Fulfillment Of Contractual Obligationsin Paper Format. Documents Can Be Requested By Phoning The Subscription Services Desk. b. Commercial Specifications, Standards, And Descriptions - These Specifications, Standards And Descriptions Are Not Available From Government Sources. Theymay Be Obtained From The Publishers Of The Applicable Societies. c. Ordnance Standards (os), Weapons Specifications (ws), And Navord Ostd 600 Pages - These Type Publications May Be Obtained By Submitting A Request To: commander, Indian Head Division, Naval Surface Warfare Center code 8410p, 101 Strauss Avenue indian Head, Md 20640-5035 d. On Post-award Actions, Requests For "official Use Only" And "noforn" (not Releasable To Foreign Nationals) Documents Must Identify The Government Contractnumber, And Must Be Submitted Via The Cognizant Defense Contract Management Command (dcmc) For certification Of Need For The Document. On Pre-award Actions Such Requests Must Be Submitted To The Pco For Certification Of Need For The Document. e. Noforn Military Specifications And Standards (including Amendments, Change Notices And Supplements, But Not Interim Changes) To Be Ordered From: contracting Officer navsup-wss code 87321 5450 Carlisle Pike p.o. Box 2020 mechanicsburg, Pa. 17055-0788 f. Nuclear Reactor Publications Assigned Navsea Documents And Identification Numbers (i.e. Navsea Welding Standard, Navsea 250-1500-1) Are To Be Ordered Enue: commanding Officer navsup-wss code 009 5450 Carlisle Pike p.o. Box 2020 mechanicsburg, Pa. 17055-0788 g. Technical Manuals Assigned Navsea Identification Numbers (i.e. Navsea Welding And Brazing Procedure, Navsea S9074-aq-gib-010/248) Are To Be Ordered From: commanding Officer navsup-wss code 1 Support Branch 700 Robbins Avenue philadelphia, Pa. 19111-5094 h. Interim Changes And Classified Specifications Must Be Obtained By Submitting A Request On Dd Form 1425 To Navsup-wss. 6.2 Notice To Distributors/offerors - Consideration For Award Of Contract Shall Be Given Only To Authorized Distributors Of The Original Manufacturer's Item Represented In This Solicitation. If You Desire To Be Considered As A Potential Source For Award Of this Contract, Proof Of Being An Authorized Distributor Shall Be Provided On Company Letterhead Signed By A Responsible Company Official And Sent With Your Offer To The Procurement Contracting Officer. 6.3 In Accordance With Opnavinst 5510.1 All Documents And Drawings Provided By The U.s. Navy To Perspective Contractors Must Include A "distribution Statement" To Inform The Contractor Of The Limits Of Distribution, And The Safeguarding Of The Information contained On Those Documents And Drawings. There Are 7 (seven) Seperate Distribution Statement Codes Used For Non-classified Documents And Drawings. The Definition For Each Is As Follows: a... Approved For Public Release; Distribution Is Unlimited. b... Distribution Authorized To Us Governments Agencies Only. c... Distribution Authorized To Us Government Agencies And Their Contractors. d... Distribution Authorized To Dod And Dod Contractors Only. e... Distribution Authorized To Dod Components Only. f... Further Distribution Only As Directed By Commander, Naval Sea Systems Command, Code 09t. x... Distribution Is Authorized To Us Government Agencies And Private Individuals Or Enterprises Eligible To Obtain Export Controlled Technical Data In Accordance With Opnavinst 5510.161. 6.4 ; All Vendors Are Required To Submit Material C Of C's On All First Article (fa) And Production Lot Testing (plt) Materials Arriving For Final Acceptance Inspection.; 1. Scope 1.1 This Contract/purchase Order Contains The Requirements For Manufacture And The Contract Quality Requirements For The Valve,breathing App . 2. Applicable Documents 2.1 Applicable Documents - The Document(s) Listed Below Form A Part Of This Contract/purchase Order Including Modifications Or Exclusions. 2.1.1 "document References" Listed Below Must Be Obtained By The Contractor. Ordering Information Is Included As An Attachment To This Contract/purchase Order. document Ref Data=mil-std-130 | | |n |121116|a| | | document Ref Data=mil-dtl-19595 | | |d |030211|a| | | 3. Requirements 3.1 Cage Code/reference Number Items - The Valve,breathing App Furnished Under This contract/purchase Order Shall Be The Design Represented By Cage Code(s) reference Number(s). Cage _______ Ref. No. ;99251 810-136/8324510 Rev D; 3.2 Marking - This Item Shall Be Physically Identified In Accordance with ;mil-std-130, Rev N, 16 Nov 2012; . 3.3 Changes In Design, Material Servicing, Or Part Number - Except For A Code 1 Change, Which Shall Be Processed As Provided In The Code Statement Shown Below, No Substitution Of Items Shall Be Made Until The Navicp-mech Contracting Officer Has Notified And approval Has Been Given By Issuance Of A Written Change Order. When Any Change In Design, Material, Servicing Or Part Number Is Made To Replace Or Substitute Any Item To Be Furnished On This Contract/purchase Order, The Contractor Shall Furnish, For The substituting/replacement Item, A Drawing And An Explanation Of The Reason For The Change, Explaining The Reason Therefor. If Finished Detail Drawings Are Not Available, Shop Drawings In The Form Used By The Manufacturer Will Be Acceptable For Government evaluation. When Notifying The Procurement Contracting Officer Of The Reasons For Making Substitutions, The Type Of Change Shall Be Indicated By Code Number In Accordance With One Of The Following Statements: code 1: Part Number Change Only - If The Manufacturer's Part Number Indicated Thereon Has Changed, But The Parts Are Identical In All Respects, Supply The Item And Advise Navicp-mech Immediately Of The New Part Number. code 2: Assembly (or Set Or Kit) Not Furnished - Used Following Detail Parts. code 3: Part Not Furnished Separately - Use Assembly. code 4: Part Redesigned - Old And New Parts Are Completely Interchangeable. code 5: Part Redesigned - New Part Replaces Old. Old Part Cannot Replace New. code 6: Part Redesigned - Parts Not Interchangeable. 3.4 Production Lot Approval (government Testing) - Production Lot Test And Approval Is Required. 3.5 Non-magnetic Inspection Shall Be In Accordance With Mil-dtl-19595. 3.6 The Contractor Shall Notify The Government Testing Activity ;30; Days Prior To Shipment Of Material To Be Tested. 4. Quality Assurance 4.1 Responsibility For Inspection - Unless Otherwise Specified In The Contract/purchase Order, The Contractor Is Responsible For The Performance Of All Inspection Requirements As Specified Herein. Except As Otherwise Specified In The Contract/purchase Order, the Contractor May Use His Own Or Any Other Facilities Suitable For The Performance Of The Inspection Requirements Specified Herein, Unless Disapproved By The Government. The Government Reserves The Right To Perform Any Of The Inspections Set Forth In The specification Where Such Inspections Are Deemed Necessary To Assure Supplies And Services Conform To Prescribed Requirements. 4.2 Responsibility For Compliance - All Items Must Meet All Requirements Of This Contract/purchase Order. The Inspection Set Forth In This Specification Shall Become A Part Of The Contractor's Overall Inspection System Or Quality Program. The Absence Of Any inspection Requirements Shall Not Relieve The Contractor Of The Responsibility Of Assuring That All Products Or Supplies Submitted To The Government For Acceptance Comply With All Requirements Of The Contract/purchase Order. Sampling In Quality Conformance does Not Authorize Submission Of Known Defective Material, Either Indicated Or Actual, Not Does It Commit The Government To Acceptance Of Defective Material. 4.3 Records - Records Of All Inspection Work By The Contractor Shall Be Kept Complete And Available To The Government During The Performance Of Contract/purchase Order And For A Period Of 365 Calendar Days After Final Delivery Of Supplies. 4.4 Production Lot Test - The Contractor Shall Deliver ;all; Unit(s) To ;naval Surface Warfare Center Indian Head Explosive Ordnance Disposal Technology Division Indian Head, Md 20640-5070, Attn: Cory Legagneux.; For 100% Production Lot Testing In accordance With ;for All Requirements For Part Number 810-136/8324510 Rev D, And All Associated Specifications.; . Upon Satisfactory Completion Of The Production Lot Test, The Government Facility Shall Prepare And Package The Unit(s) For Transshipment To Final Shipment Destination(s) In Accordance With The Requirements Of This Contract/purchase Order. 5. Packaging 5.1 Preservation, Packaging, Packing And Marking - Preservation, Packaging, Packing And Marking Shall Be In Accordance With The Contract/purchase Order Schedule And As Specified Below. mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule 6. Notes 6.1 Ordering Information For Document References - The Department Of Defense Single Stock Point (dodssp), Website Http://www.dsp.dla.mil/, Provides Product Information For The Department Of Defense Index Of Specifications And Standards (dodiss) (i.e.military/federal Specifications And Standards), Data Item Descriptions (dids), And Other Dodssp Products. Most Specifications Can Obtained Directly From Http://quicksearch.dla.mil/ a. Availability Of Cancelled Documents - The Dodssp Offers Cancelled Documentsthat Are Required By Private Industry In Fulfillment Of Contractual Obligationsin Paper Format. Documents Can Be Requested By Phoning The Subscription Services Desk. b. Commercial Specifications, Standards, And Descriptions - These Specifications, Standards And Descriptions Are Not Available From Government Sources. Theymay Be Obtained From The Publishers Of The Applicable Societies. c. Ordnance Standards (os), Weapons Specifications (ws), And Navord Ostd 600 Pages - These Type Publications May Be Obtained By Submitting A Request To: commander, Indian Head Division, Naval Surface Warfare Center code 8410p, 101 Strauss Avenue indian Head, Md 20640-5035 d. On Post-award Actions, Requests For "official Use Only" And "noforn" (not Releasable To Foreign Nationals) Documents Must Identify The Government Contractnumber, And Must Be Submitted Via The Cognizant Defense Contract Management Command (dcmc) For certification Of Need For The Document. On Pre-award Actions Such Requests Must Be Submitted To The Pco For Certification Of Need For The Document. e. Noforn Military Specifications And Standards (including Amendments, Change Notices And Supplements, But Not Interim Changes) To Be Ordered From: contracting Officer navsup-wss code 87321 5450 Carlisle Pike p.o. Box 2020 mechanicsburg, Pa. 17055-0788 f. Nuclear Reactor Publications Assigned Navsea Documents And Identification Numbers (i.e. Navsea Welding Standard, Navsea 250-1500-1) Are To Be Ordered Enue: commanding Officer navsup-wss code 009 5450 Carlisle Pike p.o. Box 2020 mechanicsburg, Pa. 17055-0788 g. Technical Manuals Assigned Navsea Identification Numbers (i.e. Navsea Welding And Brazing Procedure, Navsea S9074-aq-gib-010/248) Are To Be Ordered From: commanding Officer navsup-wss code 1 Support Branch 700 Robbins Avenue philadelphia, Pa. 19111-5094 h. Interim Changes And Classified Specifications Must Be Obtained By Submitting A Request On Dd Form 1425 To Navsup-wss. 6.2 Notice To Distributors/offerors - Consideration For Award Of Contract Shall Be Given Only To Authorized Distributors Of The Original Manufacturer's Item Represented In This Solicitation. If You Desire To Be Considered As A Potential Source For Award Of this Contract, Proof Of Being An Authorized Distributor Shall Be Provided On Company Letterhead Signed By A Responsible Company Official And Sent With Your Offer To The Procurement Contracting Officer. 6.3 In Accordance With Opnavinst 5510.1 All Documents And Drawings Provided By The U.s. Navy To Perspective Contractors Must Include A "distribution Statement" To Inform The Contractor Of The Limits Of Distribution, And The Safeguarding Of The Information contained On Those Documents And Drawings. There Are 7 (seven) Seperate Distribution Statement Codes Used For Non-classified Documents And Drawings. The Definition For Each Is As Follows: a... Approved For Public Release; Distribution Is Unlimited. b... Distribution Authorized To Us Governments Agencies Only. c... Distribution Authorized To Us Government Agencies And Their Contractors. d... Distribution Authorized To Dod And Dod Contractors Only. e... Distribution Authorized To Dod Components Only. f... Further Distribution Only As Directed By Commander, Naval Sea Systems Command, Code 09t. x... Distribution Is Authorized To Us Government Agencies And Private Individuals Or Enterprises Eligible To Obtain Export Controlled Technical Data In Accordance With Opnavinst 5510.161. 6.4 ;all Vendors Are Required To Submit Material C Of C's On All First Article (fa) And Production Lot Testing (plt) Materials Arriving For Final Acceptance Inspection.; 1. Scope 1.1 This Contract/purchase Order Contains The Requirements For Manufacture And The Contract Quality Requirements For The Mask,underwater . 2. Applicable Documents 2.1 Applicable Documents - The Document(s) Listed Below Form A Part Of This Contract/purchase Order Including Modifications Or Exclusions. 2.1.1 "document References" Listed Below Must Be Obtained By The Contractor. Ordering Information Is Included As An Attachment To This Contract/purchase Order. document Ref Data=mil-std-130 | | |n |121116|a| | | document Ref Data=mil-dtl-19595 | | |d |030211|a| | | 3. Requirements 3.1 Cage Code/reference Number Items - The Mask,underwater Furnished Under This contract/purchase Order Shall Be The Design Represented By Cage Code(s) reference Number(s). Cage _______ Ref. No. ;99251 820-070/8324510; 3.2 Marking - This Item Shall Be Physically Identified In Accordance with ;mil-std-130, Rev N, 16 Nov 2012; . 3.3 Changes In Design, Material Servicing, Or Part Number - Except For A Code 1 Change, Which Shall Be Processed As Provided In The Code Statement Shown Below, No Substitution Of Items Shall Be Made Until The Navicp-mech Contracting Officer Has Notified And approval Has Been Given By Issuance Of A Written Change Order. When Any Change In Design, Material, Servicing Or Part Number Is Made To Replace Or Substitute Any Item To Be Furnished On This Contract/purchase Order, The Contractor Shall Furnish, For The substituting/replacement Item, A Drawing And An Explanation Of The Reason For The Change, Explaining The Reason Therefor. If Finished Detail Drawings Are Not Available, Shop Drawings In The Form Used By The Manufacturer Will Be Acceptable For Government evaluation. When Notifying The Procurement Contracting Officer Of The Reasons For Making Substitutions, The Type Of Change Shall Be Indicated By Code Number In Accordance With One Of The Following Statements: code 1: Part Number Change Only - If The Manufacturer's Part Number Indicated Thereon Has Changed, But The Parts Are Identical In All Respects, Supply The Item And Advise Navicp-mech Immediately Of The New Part Number. code 2: Assembly (or Set Or Kit) Not Furnished - Used Following Detail Parts. code 3: Part Not Furnished Separately - Use Assembly. code 4: Part Redesigned - Old And New Parts Are Completely Interchangeable. code 5: Part Redesigned - New Part Replaces Old. Old Part Cannot Replace New. code 6: Part Redesigned - Parts Not Interchangeable. 3.4 Production Lot Approval (government Testing) - Production Lot Test And Approval Is Required. 3.5 Non-magnetic Inspection Shall Be In Accordance With Mil-dtl-19595. 4. Quality Assurance 4.1 Responsibility For Inspection - Unless Otherwise Specified In The Contract/purchase Order, The Contractor Is Responsible For The Performance Of All Inspection Requirements As Specified Herein. Except As Otherwise Specified In The Contract/purchase Order, the Contractor May Use His Own Or Any Other Facilities Suitable For The Performance Of The Inspection Requirements Specified Herein, Unless Disapproved By The Government. The Government Reserves The Right To Perform Any Of The Inspections Set Forth In The specification Where Such Inspections Are Deemed Necessary To Assure Supplies And Services Conform To Prescribed Requirements. 4.2 Responsibility For Compliance - All Items Must Meet All Requirements Of This Contract/purchase Order. The Inspection Set Forth In This Specification Shall Become A Part Of The Contractor's Overall Inspection System Or Quality Program. The Absence Of Any inspection Requirements Shall Not Relieve The Contractor Of The Responsibility Of Assuring That All Products Or Supplies Submitted To The Government For Acceptance Comply With All Requirements Of The Contract/purchase Order. Sampling In Quality Conformance does Not Authorize Submission Of Known Defective Material, Either Indicated Or Actual, Not Does It Commit The Government To Acceptance Of Defective Material. 4.3 Records - Records Of All Inspection Work By The Contractor Shall Be Kept Complete And Available To The Government During The Performance Of Contract/purchase Order And For A Period Of 365 Calendar Days After Final Delivery Of Supplies. 4.4 Production Lot Test - The Contractor Shall Deliver ;all; Unit(s) To ;naval Surface Warfare Center Indian Head Explosive Ordnance Disposal Technology Division Indian Head, Md 20640-5070, Attn: Cory Legagneux.; For 100% Production Lot Testing In accordance With ;for All Requirements For Part Number 820-070/8324510 And All Associated Specifications.; . Upon Satisfactory Completion Of The Production Lot Test, The Government Facility Shall Prepare And Package The Unit(s) For Transshipment To Final Shipment Destination(s) In Accordance With The Requirements Of This Contract/purchase Order. 5. Packaging 5.1 Preservation, Packaging, Packing And Marking - Preservation, Packaging, Packing And Marking Shall Be In Accordance With The Contract/purchase Order Schedule And As Specified Below. mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule 6. Notes 6.1 Ordering Information For Document References - The Department Of Defense Single Stock Point (dodssp), Website Http://www.dsp.dla.mil/, Provides Product Information For The Department Of Defense Index Of Specifications And Standards (dodiss) (i.e.military/federal Specifications And Standards), Data Item Descriptions (dids), And Other Dodssp Products. Most Specifications Can Obtained Directly From Http://quicksearch.dla.mil/ a. Availability Of Cancelled Documents - The Dodssp Offers Cancelled Documentsthat Are Required By Private Industry In Fulfillment Of Contractual Obligationsin Paper Format. Documents Can Be Requested By Phoning The Subscription Services Desk. b. Commercial Specifications, Standards, And Descriptions - These Specifications, Standards And Descriptions Are Not Available From Government Sources. Theymay Be Obtained From The Publishers Of The Applicable Societies. c. Ordnance Standards (os), Weapons Specifications (ws), And Navord Ostd 600 Pages - These Type Publications May Be Obtained By Submitting A Request To: commander, Indian Head Division, Naval Surface Warfare Center code 8410p, 101 Strauss Avenue indian Head, Md 20640-5035 d. On Post-award Actions, Requests For "official Use Only" And "noforn" (not Releasable To Foreign Nationals) Documents Must Identify The Government Contractnumber, And Must Be Submitted Via The Cognizant Defense Contract Management Command (dcmc) For certification Of Need For The Document. On Pre-award Actions Such Requests Must Be Submitted To The Pco For Certification Of Need For The Document. e. Noforn Military Specifications And Standards (including Amendments, Change Notices And Supplements, But Not Interim Changes) To Be Ordered From: contracting Officer navsup-wss code 87321 5450 Carlisle Pike p.o. Box 2020 mechanicsburg, Pa. 17055-0788 f. Nuclear Reactor Publications Assigned Navsea Documents And Identification Numbers (i.e. Navsea Welding Standard, Navsea 250-1500-1) Are To Be Ordered Enue: commanding Officer navsup-wss code 009 5450 Carlisle Pike p.o. Box 2020 mechanicsburg, Pa. 17055-0788 g. Technical Manuals Assigned Navsea Identification Numbers (i.e. Navsea Welding And Brazing Procedure, Navsea S9074-aq-gib-010/248) Are To Be Ordered From: commanding Officer navsup-wss code 1 Support Branch 700 Robbins Avenue philadelphia, Pa. 19111-5094 h. Interim Changes And Classified Specifications Must Be Obtained By Submitting A Request On Dd Form 1425 To Navsup-wss. 6.2 Notice To Distributors/offerors - Consideration For Award Of Contract Shall Be Given Only To Authorized Distributors Of The Original Manufacturer's Item Represented In This Solicitation. If You Desire To Be Considered As A Potential Source For Award Of this Contract, Proof Of Being An Authorized Distributor Shall Be Provided On Company Letterhead Signed By A Responsible Company Official And Sent With Your Offer To The Procurement Contracting Officer. 6.3 In Accordance With Opnavinst 5510.1 All Documents And Drawings Provided By The U.s. Navy To Perspective Contractors Must Include A "distribution Statement" To Inform The Contractor Of The Limits Of Distribution, And The Safeguarding Of The Information contained On Those Documents And Drawings. There Are 7 (seven) Seperate Distribution Statement Codes Used For Non-classified Documents And Drawings. The Definition For Each Is As Follows: a... Approved For Public Release; Distribution Is Unlimited. b... Distribution Authorized To Us Governments Agencies Only. c... Distribution Authorized To Us Government Agencies And Their Contractors. d... Distribution Authorized To Dod And Dod Contractors Only. e... Distribution Authorized To Dod Components Only. f... Further Distribution Only As Directed By Commander, Naval Sea Systems Command, Code 09t. x... Distribution Is Authorized To Us Government Agencies And Private Individuals Or Enterprises Eligible To Obtain Export Controlled Technical Data In Accordance With Opnavinst 5510.161. 6.4 ; All Vendors Are Required To Submit Material C Of C's On All First Article (fa) And Production Lot Testing (plt) Materials Arriving For Final Acceptance Inspection.; 1. Scope 1.1 This Contract/purchase Order Contains The Requirements For Manufacture And The Contract Quality Requirements For The Valve,breathing App . 2. Applicable Documents 2.1 Applicable Documents - The Document(s) Listed Below Form A Part Of This Contract/purchase Order Including Modifications Or Exclusions. 2.1.1 "document References" Listed Below Must Be Obtained By The Contractor. Ordering Information Is Included As An Attachment To This Contract/purchase Order. document Ref Data=mil-std-130 | | |n |121116|a| | | document Ref Data=mil-dtl-19595 | | |d |030211|a| | | 3. Requirements 3.1 Cage Code/reference Number Items - The Valve,breathing App Furnished Under This contract/purchase Order Shall Be The Design Represented By Cage Code(s) reference Number(s). Cage _______ Ref. No. ;99251 805-007/8324510; 3.2 Marking - This Item Shall Be Physically Identified In Accordance with ;mil-std-130, Rev N, 16 Nov 2012; . 3.3 Changes In Design, Material Servicing, Or Part Number - Except For A Code 1 Change, Which Shall Be Processed As Provided In The Code Statement Shown Below, No Substitution Of Items Shall Be Made Until The Navicp-mech Contracting Officer Has Notified And approval Has Been Given By Issuance Of A Written Change Order. When Any Change In Design, Material, Servicing Or Part Number Is Made To Replace Or Substitute Any Item To Be Furnished On This Contract/purchase Order, The Contractor Shall Furnish, For The substituting/replacement Item, A Drawing And An Explanation Of The Reason For The Change, Explaining The Reason Therefor. If Finished Detail Drawings Are Not Available, Shop Drawings In The Form Used By The Manufacturer Will Be Acceptable For Government evaluation. When Notifying The Procurement Contracting Officer Of The Reasons For Making Substitutions, The Type Of Change Shall Be Indicated By Code Number In Accordance With One Of The Following Statements: code 1: Part Number Change Only - If The Manufacturer's Part Number Indicated Thereon Has Changed, But The Parts Are Identical In All Respects, Supply The Item And Advise Navicp-mech Immediately Of The New Part Number. code 2: Assembly (or Set Or Kit) Not Furnished - Used Following Detail Parts. code 3: Part Not Furnished Separately - Use Assembly. code 4: Part Redesigned - Old And New Parts Are Completely Interchangeable. code 5: Part Redesigned - New Part Replaces Old. Old Part Cannot Replace New. code 6: Part Redesigned - Parts Not Interchangeable. 3.4 Production Lot Approval (government Testing) - Production Lot Test And Approval Is Required. 3.5 Non-magnetic Inspection Shall Be In Accordance With Mil-dtl-19595. 3.6 The Contractor Shall Notify The Government Testing Activity ;30; Days Prior To Shipment Of Material To Be Tested. 4. Quality Assurance 4.1 Responsibility For Inspection - Unless Otherwise Specified In The Contract/purchase Order, The Contractor Is Responsible For The Performance Of All Inspection Requirements As Specified Herein. Except As Otherwise Specified In The Contract/purchase Order, the Contractor May Use His Own Or Any Other Facilities Suitable For The Performance Of The Inspection Requirements Specified Herein, Unless Disapproved By The Government. The Government Reserves The Right To Perform Any Of The Inspections Set Forth In The specification Where Such Inspections Are Deemed Necessary To Assure Supplies And Services Conform To Prescribed Requirements. 4.2 Responsibility For Compliance - All Items Must Meet All Requirements Of This Contract/purchase Order. The Inspection Set Forth In This Specification Shall Become A Part Of The Contractor's Overall Inspection System Or Quality Program. The Absence Of Any inspection Requirements Shall Not Relieve The Contractor Of The Responsibility Of Assuring That All Products Or Supplies Submitted To The Government For Acceptance Comply With All Requirements Of The Contract/purchase Order. Sampling In Quality Conformance does Not Authorize Submission Of Known Defective Material, Either Indicated Or Actual, Not Does It Commit The Government To Acceptance Of Defective Material. 4.3 Records - Records Of All Inspection Work By The Contractor Shall Be Kept Complete And Available To The Government During The Performance Of Contract/purchase Order And For A Period Of 365 Calendar Days After Final Delivery Of Supplies. 4.4 Production Lot Test - The Contractor Shall Deliver ;all; Unit(s) To ;naval Surface Warfare Center Indian Head Explosive Ordnance Disposal Technology Division Indian Head, Md 20640-5070, Attn: Cory Legagneux.; For 100% Production Lot Testing In accordance With ;for All Requirements For Part Number 805-007/8324510 And All Associated Specifications; . Upon Satisfactory Completion Of The Production Lot Test, The Government Facility Shall Prepare And Package The Unit(s) For Transshipment To Final Shipment Destination(s) In Accordance With The Requirements Of This Contract/purchase Order. 5. Packaging 5.1 Preservation, Packaging, Packing And Marking - Preservation, Packaging, Packing And Marking Shall Be In Accordance With The Contract/purchase Order Schedule And As Specified Below. mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule 6. Notes 6.1 Ordering Information For Document References - The Department Of Defense Single Stock Point (dodssp), Website Http://www.dsp.dla.mil/, Provides Product Information For The Department Of Defense Index Of Specifications And Standards (dodiss) (i.e.military/federal Specifications And Standards), Data Item Descriptions (dids), And Other Dodssp Products. Most Specifications Can Obtained Directly From Http://quicksearch.dla.mil/ a. Availability Of Cancelled Documents - The Dodssp Offers Cancelled Documentsthat Are Required By Private Industry In Fulfillment Of Contractual Obligationsin Paper Format. Documents Can Be Requested By Phoning The Subscription Services Desk. b. Commercial Specifications, Standards, And Descriptions - These Specifications, Standards And Descriptions Are Not Available From Government Sources. Theymay Be Obtained From The Publishers Of The Applicable Societies. c. Ordnance Standards (os), Weapons Specifications (ws), And Navord Ostd 600 Pages - These Type Publications May Be Obtained By Submitting A Request To: commander, Indian Head Division, Naval Surface Warfare Center code 8410p, 101 Strauss Avenue indian Head, Md 20640-5035 d. On Post-award Actions, Requests For "official Use Only" And "noforn" (not Releasable To Foreign Nationals) Documents Must Identify The Government Contractnumber, And Must Be Submitted Via The Cognizant Defense Contract Management Command (dcmc) For certification Of Need For The Document. On Pre-award Actions Such Requests Must Be Submitted To The Pco For Certification Of Need For The Document.
Closing Date17 Jan 2025
Tender AmountRefer Documents 

Spremberger Wasser Und Abwasserzweckverband Tender

Others
Germany
Details: The following services: - Approx. 1045 m pressure pipe 180 x 16.4 Pe 100 Rc laying in closed pipe trench, depth up to 2.00 m - Approx. 90 m pressure pipe 180 x 16.4 Pe 100 Rc laying in closed pipe trench, depth up to 3.00 m - Approx. 20 m pressure pipe 180 x 16.4 Pe 100 Rc laying in open pipe trench - Approx. 10 m pressure pipe 140 x 12.7 Pe 100 Rc laying in open pipe trench - Approx. 10 m pressure pipe 110 x 10.0 Pe 100 Rc laying in open pipe trench - Approx. 30 m pressure pipe 90 x 8.2 Pe 100 Rc laying in open pipe trench - 1 piece junction 1 - west / start of construction (connection planned 180 x 16.4 Pe 100 Rc to existing 180 Pe), existing 180 Pe from the north, separate and close. - 1 piece junction 2 - intersection area of existing culvert - ditch 15 (connection of slide valve Dn 150 to new 125 x 11.4 Pe). - 1 piece junction 3 - intersection area of existing culvert from Ko-berteich to Knirschka pond (connection of slide valve Dn 150 to new 125 x 11.4 Pe). - 1 piece junction 4 - junction Ringstrasse (slide valve cross with 2 x Dn 150 & 1 x Dn 100, arrangement Ufh 80 in the slide valve cross, connection with existing 80 St). - 1 x junction 5 - Waldstrasse branch (slide valve cross with 2 x DN 150 & 1 x DN 125, connection with existing 125 pieces). - 1 x junction 6 - arrangement UFH 80 and a supply and exhaust ventilation DN 80 between 2 x slide valves DN 150 using 2 x T-pieces 150/80 (arrangement upwards). - 1 x junction 7 - slide valve cross with 2 x DN 150 & 1 x DN 100, connection with existing 100 pieces - 1 x junction 8 - slide valve cross with 2 x DN 150 & 1 x DN 100, connection with existing 80 pieces - 1 x junction 9 - water meter shaft (connection to existing slide valve DN 100), existing. 100 Gg From the West, separate and close. - 8 house connections - Approx. 35 m pressure pipe 32 x 3.0 Pe 100 Rc (for house connections) Laying in an open pipe trench (ha No. 8 - Entry in existing 80 Az)
Closing Date13 Feb 2025
Tender AmountRefer Documents 

City Of Pagadian Tender

Automobiles and Auto Parts
Philippines
Details: Description Bids And Awards Committee Request For Quotation The City Government Of Pagadian, Through Its Bids And Awards Committee (bac), Invites Suppliers/manufacturers/distributors To Apply For Eligibility And If Found Eligible, To Bid For The Hereunder Supplies/goods Charged To 8751-200-5-02-13-060-01/2saip24-1000rf-2n (repair & Maintenance Expenses), Pagadian City, As Described Below: Goods-2025-01-71 Procurement Of Spareparts & Accessories For The Repair & Maintenance Of Motor Vehicle. Item No. Qty Unit Of Issue Description Approved Budget For The Contract (abc) Unit Cost ₱ Total Cost ₱ 1 1 Pc Bore Kit Assembly 2,228.00 2,228.00 2 1 Set Connecting Rod Kit 2,178.00 2,178.00 3 2 Pcs Side Bearing 371.00 742.00 4 1 Pc Bore Gasket 99.00 99.00 5 2 Pcs Valve Seal 173.00 346.00 6 1 Pc Crankcase Gasket 314.00 314.00 7 18 Liters Engine Oil 496.00 8,928.00 8 16 Pcs Tire With Tube 250 X 17 1,770.00 28,320.00 9 5 Pc Battery 12v 2,100.00 10,500.00 10 5 Pc Sparkplug 297.00 1,485.00 11 10 Set Sprocket & Chain 2,138.00 21,380.00 12 2 Set Front Shock 2,814.00 5,628.00 13 2 Pcs Brake Shoe Rear & Front 405.00 810.00 14 2 Pcs Oil Filter Bao2x 322.00 644.00 15 1 Set Clutch Lining 470.00 470.00 16 1 Set Overhauling Gasket 396.00 396.00 17 1 Pc Bore Kit Xrm125 3,465.00 3,465.00 18 1 Liter Engine Oil 10w-40 561.00 561.00 19 1 Pc Oil Seal 990.00 990.00 20 1 Pc Brake Pad 99.00 99.00 21 2 Pcs Brake Shoe 264.00 528.00 22 1 Pc Battery Bao2x 4,290.00 4,290.00 23 1 Set Side Mirror 908.00 908.00 24 1 Set Pipe Muffler Assy 2,731.00 2,731.00 25 1 Set Rear Shock 2,228.00 2,228.00 26 1 Set Tire With Tube (rear) 3,511.00 3,511.00 27 2 Pc Brake Pad Hd 267.00 534.00 28 2 Sets Tire With Tube 2,228.00 4,456.00 29 1 Pc Clutch Cable 198.00 198.00 30 2 Pcs Brake Shoe Bao2x 479.00 958.00 Grand Total ₱ 109,925.00 " Quotation Forms Are Now Available At The Bac Secretariat And Upon Payment Of A Non-refundable Amount At 100.00 Per Set To The City Treasurer's Office-cashier. Quotations Are Evaluated On Lot Basis. Price Quotation Is Valid For 30 Calendar Days After Bid Opening." Submit Your Quotation Forms In A Sealed Envelope Per Project To The Bids And Awards Committee /secretariat On Or Before January 30,2025, 2:00 P.m. At The City General Services Office, City Hall, Pagadian City. The Bids And Awards Committee (bac) Reserves The Right To Reject Any And/ Or All Quotation Or Part Thereof, To Waive Formality Therein And/or To Accept The Quotations As May Be Considered Most Advantageous To The City Government Of Pagadian. Ms. Jenny Rose Z. Egama Bac Chairperson Date Of Publication: January 22, 2025 To January 30, 2025
Closing Date30 Jan 2025
Tender AmountPHP 109.9 K (USD 1.8 K)

ARTECHE NATIONAL AGRICULTURAL SCHOOL Tender

Others
Philippines
Details: Description Republic Of The Philippines Technical Education And Skills Development Authority Arteche National Agricultural School Tesda-op-as-04-f02 Rev.no.00-03/01/17 Request For Quotation Date: 01/20/2025 Rfq# 2025-01-001 P.r.# 2025-01-002 Name Of Business:___________________________________ Address:___________________________________________ Business Permit No.:_________________________________ Tax Identification No.:_______________________________ Philgeps Registration No.:_____________________________ The Technical Education And Skills Development Authority (tesda),arteche National Agricultural School (anas), Through The Supply Unit/instruction, Will Undertake A Small Value Procurement Process For Supply & Delivery Of Training/assessment Materials & Supplies For Plumbing Nc-ii , Used Arteche Nas , Arteche E. Samar In Accordance With The 2016 Revised Implementing Rules & Regulation Of Ra9184. Please Submit Your Quotations/proposals Duly Signed By You Or Your Authorized Representative Not Later Than 9:00 Am Of February 03, 2025 For The Item/s Described At Annex A Subject To The Terms And Conditions Attached To This Request For Quotation (rfq). Interested Suppliers Are Required To Submit Copies Of The Following As Per Annex "h" Of The 2016 Revised Irr Along With Your Quotation/proposal. - Mayor's/business Permit (for Shopping-sec. 52.1b & Svp-sec. 53.9) - Philgeps Registration Certificate (for Shopping-sec. 52.1b & Svp-sec. 53.9) - Income Tax Return (for Svp-sec. 53.9) - Omnibus Sworn Statement (for Svp-sec. 53.9) Open Quotation May Be Submitted Manually At The Tesda-anas, Oras Campus Or At Arteche Campus, Arteche E. Samar Or Email At Asguimba@tesda.gov.ph Or Rtpicaῆa@tesda.gov.ph In Pdf Format. For Inquiry, You May Contact Us At Telephone Numbers 09650979846. Renato T. Picaña, Ph. D. Vocational School Administrator Terms And Conditions 1. Bidder Shall Provide Correct And Accurate Information Required In This Form. 2. Price Quotation/s Must Be Valid For A Period Of Thirty (30) Calendars From The Date Of Submission. 3. Price Quotation/s, To Be Denominated By Philippine Peso Shall Include All Taxes, Duties, And Or Levies Payable. 4. Quotations Exceeding The Budget For The Contract Shall Be Rejected. 5. Award Of Contract Shall Be Made To The Lowest Quotation Which Complies With The Technical Specifications, And Other Terms And Conditions Stated Herein. 6. Any Interlineations, Erasures Or Overwriting Shall Be Valid Only If They Are Signed Or Initialed By You Or Any Of Your Duly Authorized Representative/s. 7. Liquidated Damages Equivalent To One Tenth Of One Percent (.001) Of The Value Of The Goods Not Delivered Within The Prescribed Delivery Period Shall Be Imposed Per Day Of Delay. Tesda-anas Shall Rescind The Contract Once The Cumulative Amount Of Liquidated Damages Reaches Ten Percent (10%) Of The Amount Of The Contract, Without Prejudice To Other Courses Of Action And Remedies Open To It. Tesda-op-as-04-f03 Rev.no.00-03/01/17 Annex "a" Price Quotation Form Date: Sir/madam: After Having Carefully Read And Accepted The Terms And Conditions In The Request For Quotation, Hereunder Is Our Quotation/s For The Item/s As Follows: Item/description Qty Unit Approved Budget For The Contract (in Peso) Php 75,000.00 Offer Compliance With The Technical Specifications (please Check) Remarks (price/other) Yes No G.i. Tee 3/4" Ø 100 Pieces G.i. Crossess 3/4" Ø 100 Pieces G.i. Side Outlet Tee 3/4" Ø 60 Pieces G.i. Pipe 1" Dia. Schedule 40 10 Pieces G.i. Pipe 3/4" Dia. Schedule 40 10 Pieces Check Valve 1" Ø 5 Pieces Hacksaw Blade 25 Pieces Safety Hand Gloves For Construction 50 Pairs Safety Hand Google Clear For Construction 25 Pieces 3-way Faucet 10 Pieces Telephone Type Shower 10 Pieces Plyboard 1" 5 Sheets ***nothing Follows*** _______________________ Name Of Business/company _______________________ Signature Over Printed Name _______________________ Office Telephone/fax No. _______________________ Mobile No. _______________________ Email Address
Closing Date3 Feb 2025
Tender AmountPHP 75 K (USD 1.2 K)

City Of Tanauan Tender

Automobiles and Auto Parts
Philippines
Details: Description Republic Of The Philippines Province Of Batangas City Of Tanauan Invitation To Bid Description 1) The City Government Of Tanauan, Through The General Fund Intends To Apply The Sum Of Php2,700,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Supply And Delivery Of Delivery Truck For Cgso. Bid Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2) The City Government Of Tanauan Now Invites Bids For Supply And Delivery Of Delivery Truck For Gso Of The Prospective Bidder Of All Its Ongoing And Completed Government And Private Contracts, Including Contracts Awarded But Not Yet Started, If Any, Whether Similar Or Not Similar In Nature And Complexity To The Contract To Be Bid, Within The Relevant Period. The Description Of An Eligible Bidder Is Contained In The Bidding Documents Particularly In Section Ii. Instruction To Bidders. 1 Unit Brand New Delivery Truck With Fb Body W/ Dual Aircon Engine Type: 3l/16 Valve Intercooler Turbo Engine Euro 5 Displacement (cc): 2998cc Transmission: 5 Forward, 1 Reverse Mt (synchromesh Type) 6 Speed Automated Manual Transmission Maximum Output: 131 Ps/ 3500 Rpm Maximum Torque: 300nm/ 1300 Rpm Payload: 2,490-2585 Kg. Gvw: 4,400-4,490 Kg. Tires/ Wheel: 205/85/r16 (front) 205/85 R16 (rear) Diesel 3 Years Lto, Tint, Floor Matting And Ewd Warranty: Three Years Or 100,000 Kilometers Whichever Comes First On Main Assemblies Of Engines, Transmission And Differential. 3) Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act”. (i) Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens, Pursuant To Ra 5183 And Subject To Commonwealth Act 138. 4) Interested Bidders May Obtain Further Information From The City Government Of Tanauan And Inspect The Bidding Documents At The Address Given Below During 8:00 Am To 5:00 Pm. 5) A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders On December 20, 2024 From The Address Below And Upon Payment Of A Nonrefundable Fee Amounting To Five Thousand Pesos (5,000.00) 6) The Pre-bid Conference Is On 10:00 Am December 27, 2024 At Bac Conference Room. 7) Bids Must Be Delivered To The Address Below On Or Before 10:00 Am January 8, 2025 All Bids Must Be Accompanied By A Bid Security In Any Of Acceptable Forms In The Amount. A) Form Of Security Minimum Amount In % Of Approved Budget For The Contract To Be Bid. 1)cash, Certified Check, Cashier’s Check, Bank Draft Or Irrevocable Letter Of Credit. Two Percent (2%) 2)bank Guarantee Two Percent (2%) 3)surety Bond Five Percent (5%) Bid Opening Shall Be On 10:00 Am January 8, 2025 At Bac Conference Room. Bids Will Be Opened In The Presence Of The Bidder’s Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 8) Pursuant To Gppb Circular 06-2005, In Case The Bid Resulted Into A Tie And After Determining The Lowest Calculated And Responsive Bidder (lcrb), Highest Rated Responsive Bid (hrrb), Bid Evaluation And Post-qualification The Bac Members Will Convene And Determine The Winning Bidder Using The “draw Lots” Method. 9) The City Government Of Tanauan Reserved The Right To Accept Or Reject Any Bid, To Annul The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 10) For Further Information, Please Refer To: Bac Secretariat 3/f New City Hall Bldg. Office Of The Bids & Awards Committee 043-728-9837 (sgd) Atty. Ferdinand Q. Perez. Bac- Chairperson
Closing Date8 Jan 2025
Tender AmountPHP 2.7 Million (USD 46.5 K)
7871-7880 of 8126 archived Tenders